Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

87 -- SEED ORDER

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 2015 MS 19, Joint Base Lewis-McChord, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68EV402180500
 
Response Due
8/20/2010
 
Archive Date
2/16/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W68EV402180500 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 111199 with a small business size standard of $0.75M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-20 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be YAKIMA, WA 98901 The USA ACC MICC Joint Base Lewis-McCord requires the following items, Brand Name or Equal, to the following: LI 001, PURE NATIVE GASS MIX 20LBS/ACRE SPECIES. See attachment for individual seed percentages for grass mixture; Also seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged in 25lb. sacks. The grass mix will be tagged as Grass Mix with the species and quantities listed., 1200, POUND; LI 002, NEEDLE AND THREAD (SOLO GRASS SPECIES). Seed shall be indigenous to the Columbia Plateau ecoregion of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged in 25lb. sacks. The solo species will be tagged appropriately and quantities listed., 50, POUND; LI 003, THURBER'S NEEDLEGRASS (SOLO GRASS SEED SPECIES). Seed shall be indigenous to the Columbia Plateau ecoregion of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged in 25lb. sacks. The solo species will be tagged appropriately and quantities listed., 50, POUND; LI 004, INDIAN RICEGRASS (SOLO GRASS SEED SPECIES). Seed shall be indigenous to the Columbia Plateau ecoregion of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged in 25lb. sacks. The solo species will be tagged appropriately and quantities listed., 50, POUND; LI 005, ARROWLEAF BALSAMROOT (SOLO FORB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 006, GAIRDNER PENSTEMON (SOLO FERB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 007, COMMON YARROW (SOLO FERB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 008, SILKY LUPINE (SOLO FORB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 009, BIG BUCKWHEAT (SOLO FORB SEED SPECIES0. Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 010, LONG LEAF PHOLX (SOLO FORB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 011, LEWIS FLAX (SOLO FORB SEED SPECIES). Seed shall be indigenous to the Columbia Plateau eco-region of the Central/Eastern Washington Area (Chelan, Douglas, Grant, Kittitas, Yakima, Benton, Franklin, Adams, Lincoln, or Klickitat counties) and certified to Washington State standards. Seed will be a minimum of 75% certified pure live seed (PLS) per pound and will be premixed by the vendor and bagged 10lb. sacks. The solo species will be tagged appropriately and quantities listed., 10, POUND; LI 012, SHIPPING, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Joint Base Lewis-McCord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Joint Base Lewis-McCord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. The Contracting Officer (KO) at Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.10. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting CommandChief, Supply/Small Services Branch BOX 339500, MS 19Joint Base Lewis-McChord, WA 98433-9500Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 Quote MUST be good for 45 days after Reverse Auction closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered. The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following provisions and clauses may apply:52.225-1 Buy American ActSupplies in solicitations and contracts with a value exceeding the micro-purchase threshold but not exceeding $25,000; and in solicitations and contracts with a value exceeding $25,000 when 52.225-3 or 52.225-5 is not used.52.225-2Buy American Act Certificate, in solicitations containing the clause 52.225-1.52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act,in solicitations and contracts for supplies, involving the $25,000 or more, but is less than $194,000. Alternate I If the acquisition value is $25,000 or more but is less than $50,000, use the clause with its Alternate I. Alternate IIIf the acquisition value is $50,000 or more but is less than $67,826; use the clause with its Alternate II.52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act CertificateIn solicitations containing the clause at 52.225-3 or Alternate I If the acquisition value is $25,000 or more but is less than $50,000.Alternate II If the acquisition value is $50,000 or more but is less than $67,826 use the provision with its Alternate II. NOTE: THE ABOVE PROVISIONS AND CLAUSES ARE NOT ALL INCLUSIVE. ADDITIONAL PROVISIONS AND OR CLAUSES WILL BE INCORPARTED AS REQUIRED BY REGULATIONS. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following clauses apply: ClauseClause TitleCriteriaFAR 52.213-1Fast PayFast Pay is incorporated by reference and applies to purchase orders under $30,000.FAR 52.213-2InvoicesIs incorporated by reference and applies to purchase orders authorized for Advance Payment. FAR 52.213-3Notice to SupplierIs incorporated by reference and applies to all firm price purchase orders.FAR 52.213-4Terms and Conditions-Is incorporated by reference and applies to Simplified Acquisitions purchase orders under $100,000. FAR 52.225.13Restriction on CertainIs incorporated by reference and applies to all orders Foreign Purchases for supplies.FAR 52.252-2. This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htmWherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. This is a Request for Bids under Federal Acquisition Regulation 12, SUPPLY/SMALL SERVICES BRANCH Procedures and Simplified Acquisition Procedures under FAR 13.5. The following clauses apply: Provision/ClauseCriteriaFAR 52.213-2 Is incorporated by reference and applies to purchase orders authorized for Invoices Advance Payment.FAR 52.213-3Is incorporated by reference and applies to all firm fixed price purchase orders.Notice to SupplierFAR 52.212-1Is incorporated by reference and applies to commercial purchase ordersProvision Incorporated by Reference FAR 52.212-2Is incorporated by reference and applies to commercial purchase ordersClause Incorporated by ReferenceFAR 52.212-3Is incorporated by reference and applies to commercial purchase ordersOffer Reps and CertsFAR 52.212-4Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsFAR 52.212-5Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsTo Implement Federal LawDFAR 252.212-7001 Is incorporated by full text and applies to purchase orders where noted. Contract Terms and ConditionsTo Implement Federal LawFAR 52.252-2 This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htmWherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. Quotes will be evaluated based on price, technical acceptability and delivery. By submitting a quote the vendor certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quote. Price may not be the most important factor. Vendors shall submit quotes that meet the requirements of FAR Part 23 and FDARS Part 223, Environmental, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace. The contract price shall include all applicable Federal, state, and local taxes and duties. Procedures for commercial vehicle access to Joint Base Lewis-McChord are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Joint Base Lewis-McChord will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Joint Base Lewis-McChord. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to JBLM-Lewis North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to JBLM-Lewis North. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to JBLM-Lewis North. (3) Commercial vehicles less than 12'-5" in height shall access to JBLM-Lewis North ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. Procedures for commercial vehicle access to Joint Base Lewis-McChord are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Joint Base Lewis-McChord will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Joint Base Lewis-McChord.If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to JBLM-Lewis North. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM-Lewis North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to JBLM-Lewis North. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to JBLM-Lewis North. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (to JBLM-Lewis North), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to Joint Base Lewis-McChord to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on Joint Base Lewis-McChord without prior approval of the Contracting Officer. Central Contractor Registration (https://www.bpn.gov/ccr/)Phone Number: 866-606-8220 Anyone (sole proprietors, corporations, partnerships and governmental organizations) desiring to do business with the federal government must register in CCR. However, CCR registration is not required for individuals seeking grants. By registering in CCR, you gain the ability to bid on federal government contracts. Your CCR registration does not guarantee your winning a government contract or increasing your level of business. Registration is simply a prerequisite before bidding on a contract. ORCA (https://orca.bpn.gov/login.aspx) You must be registered in ORCA if the solicitation you are responding to requires that you have an active registration in CCR. Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. Since October 1, 2003, it is federally mandated that any business wishing to do business with the federal government under a FAR-based contract must be registered in CCR before being awarded a contract. In addition, vendors must maintain their CCR records annually. Online Representations and Certifications Application (ORCA) replaces most of the paper based Representations and Certifications (Reps and Certs) in Section K of solicitations with an Internet application. FAR 52.204-8 mandates the use of ORCA on or after January 1, 2005. CCR and ORCA are complementary systems. ORCA reuses data pulled from CCR and pre-populates many of the required Representations and Certifications. Then, the vendor completes the remaining Reps and Certs with the understanding that with each solicitation they are certifying to current, accurate and complete information. You need to update ORCA at least once a year. You can update or change your Reps and Certs information whenever necessary and the 365 day clock will start over from the day of change. Addendum to Special InstructionsStrike all references ofFort Lewis and exchange with Yakima Training Center
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d15dfe577995e7551a6933b06de3bc1)
 
Place of Performance
Address: YAKIMA, WA 98901
Zip Code: 98901-9399
 
Record
SN02239010-W 20100814/100812235945-2d15dfe577995e7551a6933b06de3bc1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.